Next Generation Jammer Mid-Band (NGJ-MB) Cadre MaintenanceTraining
ID: N00019-25-RFPREQ-TPM234-0103Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

EDUCATION/TRAINING- COMBAT (U013)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), intends to award a Cost Plus Fixed Fee (CPFF) delivery order modification to The Raytheon Company for the Next Generation Jammer Mid-Band (NGJ-MB) Cadre Maintenance Training. This modification will add one maintenance training event to an existing delivery order, leveraging Raytheon's unique expertise as the sole designer and manufacturer of the NGJ-MB system, which is critical for meeting the Navy's operational requirements without incurring unacceptable delays. The procurement is classified as a sole source award under Title 10, U.S. Code 2304 (c)(1), and interested parties may express their interest and capabilities to the primary contact, Nicole Yeager, at nicole.e.yeager.civ@us.navy.mil, or Shayne P. Kenny at shayne.p.kenny.civ@us.navy.mil, although there is no commitment from the Government to issue a solicitation or award a contract.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AIM-9X Systems Improvement Program FOIVE Contract
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus Fixed Fee (CPFF) contract for the AIM-9X Systems Improvement Program to Raytheon Missiles and Defense, located in Tucson, Arizona. This contract will support ongoing missile improvement activities, including Non-Recurring Engineering (NRE) for hardware development, operational flight software support, and integration of engineering changes, with a performance period of up to five years. The AIM-9X Program is crucial for enhancing the capabilities of the United States Navy and Air Force, as well as various Foreign Military Sales customers. Interested parties should direct inquiries to Megan Ryce at megan.e.ryce.civ@us.navy.mil, with a copy to Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, noting that the procurement is intended to be sole source to Raytheon based on FAR 6.301-1.
    SOLE SOURCE – EA-18G/P-8A/ALQ-99 ENGINEERING SERVICES AND SUPPLIES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source engineering services and supplies for the EA-18G, P-8A, and ALQ-99 systems. This procurement aims to fulfill specific technical support and engineering requirements essential for the operational readiness and maintenance of these advanced military platforms. The services and supplies are critical for ensuring the effectiveness and reliability of the systems in various defense operations. Interested parties can reach out to Theresa Jones at theresa.a.jones2.civ@us.navy.mil or call 812-381-7164 for further details regarding this opportunity.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 18 units of Circuit Card Assembly under a sole-source contract with Raytheon Company. The procurement involves the repair and modification of the circuit cards, identified by part number 7017826-005, which are critical components in various defense systems. The government intends to negotiate this contract based on the determination that it is uneconomical to acquire the necessary data or rights to source these repairs from alternative suppliers. Interested parties may express their interest and capabilities to the primary contact, Leo Dougherty, at (717) 605-4614 or via email at LEO.DOUGHERTY@NAVY.MIL, with proposals due within 45 days of the notice publication.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    NAWCAD Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to award a sole source Firm-Fixed price contract for the manufacture of Jet Blast Deflector (JBD) cooling panels, specifically part numbers 626145-6, -7, and -8, to support upgrades for the CVN 75 Joint Strike Fighter as part of the Nimitz Class Launcher Program. The contractor will be required to produce these panels in accordance with government specifications, as they are classified as Critical Application Items (CAIs), necessitating procurement from a vendor with the requisite qualifications, namely The Entwistle Company LLC. This procurement is justified under the authority of 10 USC 3204 (a) (1) and FAR 6.302-1, indicating that no other vendors are currently qualified to meet the stringent requirements. Interested parties are encouraged to submit proposals to Kelly Gray at kelly.e.gray13.civ@us.navy.mil, although the government retains discretion over whether to open the requirement to competition.
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    N0038325PR0R742
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific electronic countermeasure processor from Northrop Grumman Systems Corp. The requirement involves the repair of NSN: 5865016592372, P/N: 001-008684-0102, with the understanding that Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, as the government does not possess the necessary data to source it from other vendors. This procurement is critical for maintaining operational capabilities and will follow FAR Part 15 procedures, with a solicitation expected to be issued on December 23, 2025, and proposals due by January 23, 2026. Interested parties are encouraged to submit their capabilities to Shamus F. Roache via email at Shamus.F.Roache.CIV@us.navy.mil within the specified timeframe.
    Synopsis QTY 1 EA RECEIVER, INFRARED
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of an infrared receiver from Northrop Grumman Systems Corp. The procurement involves the repair of NSN: 5865015916897, P/N: 001-008087-0006, and is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 23, 2025, and closing on January 23, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    CONFORMAL CONTROLLED RECEPTION PATTERN ANTENNA (C-CRPA) CONTRACT N0042122C0015
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a Firm-Fixed Price modification under contract N0042122C0015 for an additional option year (OY5) to procure Conformal Controlled Reception Pattern Antennas (C-CRPA) from BAE Systems Information and Electronics. This procurement is being pursued on a sole-source basis due to BAE Systems' unique engineering expertise and possession of the necessary technical and proprietary data, which are critical to fulfilling the agency's requirements without causing delays. The C-CRPA is vital for enhancing airborne radio navigation capabilities, ensuring operational effectiveness in various defense applications. Interested parties can reach out to Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil or Travora Levasseur at travora.r.levasseur.civ@us.navy.mil for further information.